MDG Building 383 Ambulance Bay Enclosure
ID: FA309924Q0022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3099 47 CONF CCLAUGHLIN AFB, TX, 78843-5101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of an Ambulance Bay Enclosure at Building 383, Laughlin Air Force Base in Texas. The project entails the contractor providing all necessary labor, materials, and supervision to enclose the ambulance bay, adhering to specified architectural plans and federal guidelines, with a total performance period of 75 calendar days divided into two phases. This construction is vital for enhancing emergency medical response capabilities at the base, ensuring compliance with safety and operational standards. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayo_ruelas@us.af.mil.

    Files
    Title
    Posted
    The "Statement of Objectives" outlines a project (MDG 24-0001) aimed at enclosing half of the Ambulance Bay in Building 383 at Laughlin AFB, TX, to create storage for rapid response gear. The project requires a contractor to provide design and construction services, including the installation of a standard door and a roll-up door, using cement-based stucco that conforms to Laughlin AFB's architectural standards. Key tasks involve creating shop drawings, ensuring structural integrity, fire protection plans, and installing an HVAC system compliant with specific guidelines. The project will also address site preparation, utility identification, and include comprehensive submittal requirements such as samples of materials, safety data, and electrical plans. The performance period spans 75 calendar days, divided into two phases: a 30-day design and submittal phase followed by a 45-day construction phase. Regular meetings and inspections will oversee compliance and progress throughout the project. This documentation is essential for acquiring a contractor to enhancement facility capabilities at Laughlin AFB, aligning with federal standards and ensuring operational efficiency in medical response readiness.
    The Laughlin Air Force Base Installation Facilities Standards (IFS) document outlines the comprehensive framework for maintaining and developing facilities on the base effectively. It integrates the Air Force Corporate Facilities Standards (AFCFS) to establish guidelines for facility hierarchy, quality, and site development, reflecting best practices for landscape sustainability and utility management. The document is structured into four main sections: Installation Elements, Site Development, Facilities Exteriors, and Facilities Interiors. It covers vital areas, such as comprehensive planning, street standards, open spaces, and site design considerations, laying out specific requirements for various types of streets and their respective landscaping, utility lines, and safety standards. It emphasizes the need for high-quality materials, functionality, and durability to streamline maintenance and ensure mission success. Notably, the IFS also addresses the historical context of Laughlin AFB and future developments planned under its Installation Development Plan (IDP), ensuring all construction and renovation efforts comply with applicable standards and criteria. Overall, this document serves as a critical tool for guiding architectural and operational decisions at Laughlin AFB, promoting efficiency, safety, and aesthetic quality in base infrastructure.
    The Unified Facilities Criteria (UFC) 1-200-01 outlines the Department of Defense (DoD) Building Code, providing essential standards for the planning, design, construction, and modernization of DoD facilities. This document, dated September 2022 and modified as of February 2024, is issued by the U.S. Army Corps of Engineers, Naval Facilities Engineering Command, and the Air Force Civil Engineer Center. It serves as a comprehensive guideline emphasizing safety, sustainability, and compliance with various regulatory frameworks, including the International Building Code (IBC) and specific military requirements. Significant updates include requirements for integrated solar roofing installations, electric vehicle charging capabilities, and nursing facilities for mothers. The document underscores adherence to federal laws and policies while addressing unique military construction needs. It establishes a hierarchy of UFC documents, ensuring compliance and practical application across different project types, and delineates roles and responsibilities for officials overseeing construction and design. The UFC is integral to DoD projects, ensuring consistency, safety, and excellence in facilities supporting military operations worldwide, following best practices for environmental stewardship and energy efficiency.
    The document outlines the general specifications for construction projects at Laughlin Air Force Base, Texas. It establishes frameworks regarding scope, contractor responsibilities, and adherence to safety, health, and quality control standards. The contractor must provide all required labor, materials, and oversight for projects defined in the Statement of Work (SOW) or Statement of Objectives (SOO), with an emphasis on efficient use of resources and compliance with base design standards. Key sections detail regulations, temporary facilities, and thorough safety protocols, including obligatory training and health compliance with OSHA guidelines. Contractors must submit comprehensive progress schedules and reports, maintain project documentation, and ensure quality control measures are in place. Non-compliance with safety regulations requires immediate action and possible suspension of work. The document serves as a crucial reference in the federal bidding process, emphasizing the importance of compliance with legal and regulatory requirements while ensuring the safety and efficiency of construction activities. Overall, it encapsulates a structured approach to construction management within the federal context, aimed at guaranteeing high standards in military infrastructure projects.
    The Environmental Quality Construction Specifications for Laughlin Air Force Base, updated in July 2022, provide comprehensive guidelines for construction and maintenance activities to ensure compliance with environmental regulations. Applicable to all construction phases on LAFB properties, these specifications outline the requirements for environmental management, including adherence to federal, state, and local laws. Key areas include strict protocols for hazardous materials and waste management, pollution prevention, air emissions control, water quality, and measures for protecting natural resources. Before construction, contractors must undergo Environmental Management System (EMS) training and secure approvals for hazardous materials. During construction, immediate notification is required for toxic materials, spills, and the discovery of artifacts. Contractors are responsible for waste disposal, minimizing disturbances, and maintaining proper housekeeping practices. The document emphasizes a structured approach based on the PDCA model—Plan, Do, Check, Act—ensuring continuous improvement in environmental performance. Through these specifications, LAFB underscores its commitment to environmental stewardship while facilitating construction activities in compliance with applicable regulations.
    The document is a Schedule of Submittals for Task Order # FA3099-16-D-0002-0002, outlining requirements for a construction project. It identifies various submittals necessary before and during the project, including timelines for submission. Key categories include pre-construction submissions such as entry access lists, operational security training proofs, site investigation summaries, shop drawings, and safety plans, all due within specific timeframes after the notice to proceed (NTP 1). The document also details submissions required during the construction phase, such as waste disposal manifests, inspection reports, and operation and maintenance data, reinforcing compliance with environmental and safety standards. The emphasis is on timely submissions and adherence to specifications as outlined, reflecting best practices in construction management. The overall purpose is to ensure the project is executed efficiently, legally, and safely, integrating proper documentation and approvals at every stage.
    The document outlines a Request for Quote (RFQ) for the MDG Building 383 Enclosure at Laughlin Air Force Base, Texas, dated September 6, 2024. It includes a Hold Harmless Agreement where the contractor acknowledges that the project may not be awarded within the current or future fiscal year, with the government retaining the right to award or cancel the project by December 4, 2024. The contractor is required to conduct a site visit, prepare and negotiate a project quote, and agrees to proceed without any government liability. Any voluntarily prepared design or cost estimates by the contractor will be considered proprietary and used only within this project’s context. Proposal prices from negotiations will remain valid until midnight on December 4, 2023, after which renegotiation is permissible. This document emphasizes the preparations required for potential project award while clarifying the absence of liability for the government.
    The document primarily addresses federal and state/local Requests for Proposals (RFPs) and grants, highlighting their purpose, structure, and significance in securing funding for various projects. It outlines key components typically found in RFPs, such as eligibility criteria, evaluation metrics, proposal submission processes, and deadlines. Additionally, the document underscores the importance of compliance with federal and state regulations, emphasizing the need for transparency and accountability in the proposal process. Supporting details elaborate on the types of projects funded through these mechanisms, including infrastructure improvements, environmental assessments, and community development initiatives. The text suggests best practices for applicants, including thorough research on funding sources, precise adherence to submission guidelines, and a focus on demonstrating project impact and sustainability. Overall, the summary encapsulates the essential information regarding federal and state/local RFPs, illustrating their role in facilitating project funding and ensuring alignment with governmental priorities. The document serves as a resource for stakeholders seeking to navigate the proposal landscape effectively and maximize opportunities for financial support.
    The provided document outlines a price breakdown for a set of construction-related items specified in a government request for proposals (RFP). It categorizes various labor elements required for the project, including shop drawing designs, wall systems, structural support, fire protection, door installations, electrical systems, lighting, painting and finishes, and HVAC systems. Each item is listed with quantity and pricing sections, currently showing zero values, indicating that no quantities or prices have been finalized. The document also requests specifics for HVAC equipment, though corresponding details are absent. A dedicated section encourages the use of a “Clarifications” tab for supplemental pricing information or explanations regarding any listed items. This structure indicates the document's purpose is to solicit bids or proposals for construction work, underscoring the necessity for a clear pricing breakdown to evaluate contractor submissions efficiently. This aligns with government practices to ensure transparency, budget adherence, and compliance with regulations in public procurement processes.
    The provided document outlines a price breakdown for a set of construction-related items specified in a government request for proposals (RFP). It categorizes various labor elements required for the project, including shop drawing designs, wall systems, structural support, fire protection, door installations, electrical systems, lighting, painting and finishes, and HVAC systems. Each item is listed with quantity and pricing sections, currently showing zero values, indicating that no quantities or prices have been finalized. The document also requests specifics for HVAC equipment, though corresponding details are absent. A dedicated section encourages the use of a “Clarifications” tab for supplemental pricing information or explanations regarding any listed items. This structure indicates the document's purpose is to solicit bids or proposals for construction work, underscoring the necessity for a clear pricing breakdown to evaluate contractor submissions efficiently. This aligns with government practices to ensure transparency, budget adherence, and compliance with regulations in public procurement processes.
    The document outlines the architectural plans for a new ambulance shelter at Laughlin Air Force Base in Del Rio, Texas. It features detailed elevations and plans, illustrating key components such as a metal awning system, EIFS (Exterior Insulating and Finish System), light fixture placements, and electrical layouts. The elevations depict various heights, indicating design specifications including parapets and masonry structures. The document serves as part of a government RFP to solicit contractors for construction, emphasizing compliance with design standards and safety regulations. The included architectural details show the intended construction layout and highlight important structural elements necessary for building permits and project evaluations. This information is critical for contractors bidding on the project, ensuring they meet federal and local requirements in their proposals. Overall, the document is a technical representation essential for guiding the construction of the ambulance shelter in alignment with government specifications.
    The document outlines a reflected ceiling plan for an ambulance shelter project located at Laughlin Air Force Base, Del Rio, Texas, managed by Mapco, Inc., a general contractor based in San Antonio. The plan includes details on various lighting fixtures, including light fixtures' positioning, a photocell, wall-mounted units, and a three-way switch, indicating an emphasis on functional lighting design within the facility. The scale is specified as 1/4"=1'-0", and the drawing is labeled with the information such as the date (April 7, 2006) and building number, ensuring that all aspects of construction are accurately represented. This documentation serves as part of the planning and proposal process often required in government RFPs and grants, exemplifying careful attention to technical specifications necessary for government contracts.
    This document outlines the construction specifications for an ambulance shelter at Laughlin Air Force Base in Del Rio, Texas, prepared by MAPCO, Inc. Key elements include foundation and structural plans, emphasizing concrete specifications, reinforcements, and vapor barriers to ensure durability. Details specify a 6-inch thick concrete slab, #4 rebar, and grade beam designs crucial for supporting the building's structure. The construction employs various materials such as metal panels and stucco, demonstrating adherence to standards for safety and functionality. This technical documentation forms part of broader federal efforts to enhance emergency response infrastructure, reflecting the government's commitment to supporting essential facilities in military contexts and adhering to rigorous construction protocols. Proper execution of these plans is critical for operational readiness in emergency medical services.
    The MDG Building 383 Ambulance Bay Enclosure project has released a solicitation amendment (#FA309924Q0022) concerning inquiries related to construction specifications. A key question addressed in the amendment was whether the floor of the area to be enclosed requires leveling. The response clarifies that leveling is not necessary for this project. This brief exchange provides critical clarification for potential bidders, ensuring they understand the foundational requirements concerning floor conditions before submitting proposals. The overall purpose of this document is to facilitate the bidding process for contractors by communicating essential details and resolving specific concerns regarding the technical aspects of the project.
    The document pertains to the MDG Building 383 Ambulance Bay Enclosure and outlines responses to questions raised regarding the project specifications. It clarifies that wall insulation is required only for new walls, while new ceiling insulation is not needed. The contractor is obligated to repair existing stucco cracking and must replace aging stucco to ensure uniformity, but matching on both sides of the ambulance bay is not necessary. Shop drawings do not require architect or engineer signatures, and the design and submittal phase is confirmed to take 30 calendar days, excluding government review time. A vapor barrier installation is mandated despite existing barriers being absent. Fire protection measures will be guided by UFC regulations, with the design team determining if sprinklers are necessary, though currently they are deemed unnecessary for this facility. The document also includes logistical details, like an extension for bid submissions and the project's timeline. Overall, the amendment addresses specific design and construction requirements while ensuring project compliance with federal guidelines.
    The government solicitation FA309924Q0022 outlines a project for constructing an Ambulance Bay Enclosure for the Medical Group at Building 383, Laughlin Air Force Base, Texas. The request is a sealed bid solicitation, open exclusively to small businesses, with offers due by September 17, 2024. Contractors must complete specific forms and provide a price breakdown along with performance and payment bonds. The project requires all necessary labor, materials, and supervision for the effective construction of the enclosure within a stipulated timeframe of 75 calendar days from the notice to proceed. The document includes various federal regulations and clauses pertaining to construction contract standards, compliance requirements, and inspection protocols. It emphasizes the importance of adhering to Buy American standards and details payment processes for construction contracts. This solicitation underscores the government's aim to ensure quality, efficiency, and regulatory compliance in executing federally funded construction projects while promoting small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Laughlin AFB Sunshade Hail Screens CSO
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking proposals for the design and installation of hail screens on existing aircraft structures at Laughlin AFB, TX. Laughlin AFB, located six miles east of Del Rio, TX, has approximately 213 aircraft parked on the flight line apron. The hail screens are needed to protect the aircraft during significant weather events. Interested parties can submit proposals for a single sunshade structure bay or all the sunshade structures on base. The selected contractor will be responsible for providing system engineering, technical, installation, and supervision services for the 47th FTW Maintenance Directorate (47 MX) on designing and installing hail screens for T-1 and T-6 sunshade structures. The contractor must provide all necessary materials, labor, tools, equipment, transportation, and other incidentals. This competitive solicitation is open until January 11, 2025, with the possibility of extension by amendment.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Install Overhead Protection for K9 Training Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of overhead protection at the K9 training area located at Laughlin Air Force Base in Texas. The project aims to enhance safety for K9s and trainers by providing shade and preventing overheating of turf and equipment, with the contractor responsible for a complete design-build approach that includes installing footings, lightning protection, and a structure to support metal panel roofing. This procurement is significant for ensuring operational efficiency and safety in military K9 training activities, with an estimated contract value between $500,000 and $1,000,000 and a total performance period of 312 calendar days. Interested HUBZone-certified small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadlines, with inquiries directed to Hayley Fenstermaker at hayley.fenstermaker.1@us.af.mil or SSgt. Eric Meshako at eric.meshako@us.af.mil.
    B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD, DYESS AFB, TX
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, for a construction project at Dyess Air Force Base in Texas. The project involves the construction of a new refueler truck yard and an administrative and laboratory facility for the 7th Logistics & Readiness Squadron Fuels flight. The refueler truck yard will include a parking area, secondary containment, lighting, and pavement markings. The administrative and laboratory facility will be a single-story building with various features such as reinforced concrete foundation, masonry walls, metal wall panels, and a metal roof. The project is a competitive, firm-fixed price contract and is set aside for small businesses. The estimated duration of the project is 549 calendar days. The solicitation is anticipated to be issued in September 2024, with proposals due in October 2024. Contractors must be registered with the System for Award Management (SAM) database to be eligible for contract award.
    Replace Foam Fire Suppression System with Water Deluge System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of the existing Foam Fire Suppression System with a Water Deluge System at Laughlin Air Force Base, Texas. The project aims to enhance fire safety by removing the high expansion foam system and repairing the associated pump house, ensuring compliance with the Sundown Policy regarding the use of foam systems. This initiative is critical for maintaining operational readiness and safety standards in military facilities. Interested contractors must submit their proposals by the specified deadlines, with the estimated contract value ranging between $1,000,000 and $5,000,000, and a total performance period of 245 calendar days. For further inquiries, contact Alex Abram at alex.abram@us.af.mil or SSgt Katherine Wells at katherine.wells.4@us.af.mil.
    Repair Tech Training Officer Dorm B700 & B709 at Goodfellow AFB, TX
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting market research for a Sources Sought Announcement regarding the repair and renovation of the Technical Training Officer Dormitories (B700 and B709) at Goodfellow Air Force Base in Texas. The project involves comprehensive renovations of Dormitory B700, including upgrades to mechanical, plumbing, and electrical systems, as well as roofing and fire safety improvements, with B709 serving to support these systems. This opportunity is significant for small businesses, as the anticipated contract value ranges from $10 million to $25 million, with a performance period of 730 days, extendable to 760 days if options are exercised. Interested contractors are encouraged to express their interest by emailing Jason C. Aronce or John M. Hebdon by September 19, 2024, and should monitor the SAM.GOV website for further updates.
    Construct Mission Training Center (MTC) Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a 15,200 square foot F-16 Mission Training Center (MTC) facility at Joint Base San Antonio, Texas. The project aims to provide comprehensive training capabilities for F-16 simulators, requiring compliance with federal, state, and local building codes, as well as Department of Defense design standards. This facility is crucial for enhancing military training infrastructure and operational readiness, with a contract value estimated between $10 million and $25 million. Interested small businesses must submit their proposals by September 19, 2024, and can direct inquiries to Mark A. Green at mark.green.23@us.af.mil or Kirk Swiantek at kirk.m.swiantek.civ@army.mil.
    Medium Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of two Medium Shelter Systems to be delivered to Tyndall Air Force Base in Florida. These shelters, measuring 52 feet long by 29.5 feet wide and 15 feet high, are designed for military use and will replace older general-purpose options, offering enhanced protection, lower maintenance costs, and improved space efficiency. The shelters are constructed from durable materials, allowing for rapid assembly and compatibility with existing systems, making them essential for various operational environments. Interested vendors must submit their quotes by 1:00 PM CST on September 24, 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, with all submissions adhering to federal regulations and including necessary compliance documentation.
    DEMOLITION/RELOCATION/INSTALLTION SERVICES T1 Sun Shelters JBSA Randolph
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for demolition, relocation, and installation services for T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph in Texas. The contractor will be responsible for transporting three rows of aircraft shelters to designated footings and dismantling two additional rows, which will become the contractor's property upon removal. This procurement is 100% set aside for Women-Owned Small Businesses, emphasizing the government's commitment to supporting diverse contractors in federal projects. Interested parties must submit their quotes by September 20, 2024, and are encouraged to attend a mandatory site visit on September 12, 2024; for further inquiries, they can contact Emily Deck Sanders at emily.decksanders@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil.
    Mobile Medical Trailer, Columbus AFB, MS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a mobile medical trailer to be utilized at Columbus Air Force Base in Mississippi. This procurement aims to provide a Drop Trailer that will enhance healthcare access for medical providers, featuring two treatment rooms, a portable sink, and workspace for physical and mental health services, all while adhering to Joint Commission standards. The mobile trailer is crucial for delivering timely medical interventions in high-risk units, thereby improving mission readiness and operational efficiency. Interested vendors must submit their proposals, including a technical capability statement and price schedule, by 9:00 AM CST on September 20, 2024, and direct inquiries to Lauren E. Rodgers at lauren.rodgers.5@us.af.mil, with a copy to Nina M. Jones at nina.jones.2@us.af.mil.